Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese'...

31

Click here to load reader

Transcript of Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese'...

Page 1: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

Depa1·hncnt of Materials Management MONTGOMERY COUNTY PUBLIC SCHOOLS

Division of Procurement45 \V. Gude Drive, Suite 3100

Rockville, Maryland 20850

Request for Proposa17142.3/LC, Broadband Cable Network Cabling Installation and Integration

PART A

1.0 INTRODUCTION

The spcci fications contained herein arc intended to cover the broadband cable network cabling needs for Montgomery County Public Schools (MCPS) and offices. This is not a request to bid upon specific work at this time. Responses to this solicitation will be used to evaluate and prequalify vendors who meet the necessary qualifications for work on upcoming broadband cable projects that will be perfonned under this contract. Bidders shall provide their capabilities, experiences, rCsum6s and references, to illustrate ability to perform the scope of work required. Therefore, bidders are advised to include any and all information needed to make a proper evaluation. MCPS shall not be responsible for any omission of data. For the purposes of this solicitation, the tetm "bidder" refers to any entity, company, contractor or vendor submitting a proposal or intending to submit a proposal in response to this solicitation, and the tenns "vendor" or "contractor" are interchangeable and refer to any entity, company, contractor or vendor prequalified under this solicitation.

MCPS has also prepared a solicitation, RFP #7141.3/LC, Telecommunications and Network Wiring Installation and Integration for prequalification of telecommunication wiring projects, which is enclosed. It is not required to submit proposals for both solicitations, unless you desire to be considered for award under both scopes of work. However, if bidding both solicitations, each solicitation shall be returned under a separate cover bv the RFP opening time and date indicated on each transmittal letter of the RFPs.

2.0 INTENT

As Step Two, Vcndors who are selected as prequalified to provide cabling needs for broadband cable installation and integration will be asked to submit their pricing for different supplies and services. These vendors will be sent Invitation for Bids as needs arise throughout the contract term. Each solicitation may range in value from $500 to $160,000 per project. It is the intention to evaluate and award to a single vendor tOr each bid.

If a vendor is not actively participating in the bid process for two consecutive solicitations, MCPS reserves the right to assume that the vendor is not available to bid or interested in bidding, and may not necessarily send another bid. However, the vendor may request a copy of any open solicitation.

3.0 SCOPE OF WORK

3.1 Genc1·al Information

In order to be prequalified, vendors perfotming work tmder this contract shall be qualified and hold the required licenses necessary to perfonn the work described. All work shall be performed according

Page 2: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 2 RFP #7142.3/LC

3.0 SCOPE OF WORK (cont.)

to the applicable County, State and Federal guidelines and laws. lf required, the successful vendor shall be responsible for obtaining and paying for all required permits ptior to commencing work. The vendor shall pull all permits and deliver to the MCPS Project Officer prior to starting the project. Upon completion of all work, the vendor shall be responsible for obtaining all certificates of inspections required and deliver to the MCPS Project Officer. Final payment shall not be made until all required pennit certificates and related documentation have been received and the MCPS Project Officer has approved the work perfonned.

MCPS recommends that the bidders examine each project site, prior to submitting a bid, and observe the conditions under which the work will be done and other circumstances that may affect the work prior to submitting a response. It will be assumed by MCPS that site examination has taken place upon receipt of a proposal. No allowance shall be made for etTors or omissions for failure to examine the site. Asbestos removal, if necessary shall be performed under the MCPS asbestos removal contract or by the MCPS Division of Maintenance. MCPS contact information shall be provided upon award for those projects conceming asbestos.

MCPS reserves the right to convene a meeting with the apparent low bidder prior to awarding a contract. The purpose of the meeting will be to afford both parties an opportunity to discuss any aspects of the project and contract execution that may be of concern for the successful and timely completion of the project. Issues raised during the meeting, which cannot be resolved to the satisfaction of the MCPS Project Officer shall be cause to reject the apparent low bid; and to consider the next lowest responsive bidder.

With each purchase order/delivery order issued under this contract, the successful vendor shall be required to provide an Acceptance Test Plan (ATP). Once installation is complete testing and acceptance, as appropriate, will be accomplished in accordance with the ATP. Successful vendors shall also be required to provide a weekly progress report to the MCPS Project Officer each Friday morning by 9:00 a.m. Successful vendors shall be required to schedtde, track, and report progress dming the life of the project. Vendors may provide these requirements with the use of program management and scheduling tools, work progress algorithms, and/or milestone charts. Bidders shall provide a sample progress report that itemizes activities accomplished, activities planned and any problems that have occurred or are anticipated with their bid proposal.

Overtime Procedure If the vendor and/or its subcontractors choose to work ovettime for any reason, the vendor shall be responsible for any associated costs, including overtime pay for MCPS Building Service Personnel, as required. All overtime work 111ust be preapproved and be requested in writing to the MCPS Project Officer at least 24 hours in advance. The request must identify the dates and times the vendor proposes to work. MCPS reserves the right to request reimbursement to the Building Service Personnel if the vendor cancels overtime work once scheduled.

State funded pmject compliance requirements - Projects that involve State funding shall require the vendor to complete and submit to the Division of Procurement the Contractor's Certification of Receipt of Payment. The fonn will be included in the individual project bids. After award of a contract, the successful vendor will be infonned of the actual dollar amount being funded by the State

Page 3: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 3 RFP #7142.3/LC

3.0 SCOPE OF WORK (cont.)

for the project. The fonn shall be completed after the vendor has received payments from MCPS exceeding the amount of the State funding, and shall have ten calendar days in which to submit to the Division of Procurement. Further payments shall not be made until this form has been submitted.

3.2 Contract Securitv and Insurance Requirements

3.2.1 Contract Securitv

All bids for the individual projects shall require bid security. Any awards shall require a performance bond and labor and materials payment. Requirements shall be indicated in the general conditions and specifications of each bid. Failure to supply the contract securities as specified will deem your bid non-responsive. Security may be in the fonn of a Certified Cashier's, Bank Treasurer's Check or Bonds. The bonding finn must be licensed to do business in the State of Maryland. The cost of the contract security requirements shall be borne by the bidders.

Bid Security for the individual projects shall be returned to all, except the three lowest bidders. Notification shall be sent to vendors indicating the successful vendor. The successful vendor shall have five business days to return the required perfonnance bond. After the award has been made, if the awarded vendor withdraws their bid or fails to deliver the perfonnance bond within the required time, the Bid Security shall be forfeited to MCPS. MCPS reserves the right to reject the apparent low bid and to consider the next lowest responsive bidder as the successful vendor.

3.2.2 Insurance

Upon award of the individual projects, the successful vendors shall submit an actual certificate of insurance made in favor of Montgomery County Board of Education within five workdays after notification of award. The Board of Education shall also be named as an additional insured on all liability policies. The successful vendor shall notify the Division of Procurement, in wtiting, 60 days prior to cancellation or material change in any of the policies. Failure to supply this requirement within the time frame specified shall be considered in default of the contract, and the next lowest vendor shall be considered.

3.3 Sub-Contractors

The use of subcontractors shall not be pcnnitted without written authorization by the MCPS Project Ofticcr. The apparent low bidder shall submit the request to the MCPS Project Officer with a copy to the director of the Division of Procurement, and supply a complete list of all subcontractors and the cost of their work for evaluation by MCPS. This list must be submitted to the Division of Procurement within two workdays after the request is made. Failure to follow these guidelines shall be cause for tetmination of the contract.

MCPS reserves the right to require subcontractors to fumish proof of their qualifications and financial stability to perfonn work under this contract. MCPS acceptance of the subcontractor in no way relieves the vendor from being responsible for the total and complete perfonnance of the work for the project; i.e., failure of the subcontractor to satisfactorily perfom1 the work in a timely fashion is the vendor's responsibility and not MCPS.

Page 4: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 4 RFP #7142,3/LC

3.0 SCOPE OF WORK (cont.)

3.4 Asbestos Removal

MCPS shall be responsible for all asbestos removal. The successful vendor is to schedule through the MCPS Project Officer, any asbestos abatement work that may be required. Asbestos removal will be completed under the MCPS asbestos removal contract. Therefore, vendors awarded under this contract shall !!.Q.! be pennitted to petfonn any asbestos work.

3.4.1 The vendor and/or previously approved subcontractor shall meet with the authorized representatives of MCPS prior to the start of any installation work to detem1ine the scheduling requirements for the removal and replacement of asbestos ceiling and floor tiles. No work shall commence in the building until ali asbestos issues have been coordinated and work has been approved by the MCPS Project Officer.

3.4.2 Installation of wiremold runs in corridors and service areas, which will cause only minor disruption to corridor traffic circulation, may be installed at any time, once approved by the MCPS Project Officer. However, installation of conduit from wiremold to the ceiling space of asbestos ceiling tile areas will be perfmmed under the MCPS asbestos removal contract.

3.4.3 It is anticipated that room outlets, conduit sleeves from conidors and runs within rooms may be installed on a room by room basis at any time after the approval of the MCPS Project Officer and its engineer. However, the installation of conduit from outlets to the ceiling space of asbestos ceiling tile areas shall be performed under the MCPS asbestos removal contract or by the MCPS Division of Maintenance.

3.4.4 Installation of cabling runs in corridors and service areas, which will cause only minor dismption to corridor traffic circulation, may be installed at any time after the approval of the MCPS Project Officer. However, the installation of cabling fi_-om wiremold to the ceiling space of asbestos ceiling tile areas shall be perfonned under the MCPS asbestos removal contract or by the MCPS Division of Maintenance.

3.4.5 It is anticipated that cabling runs from the conidor to the room outlet may be installed on a room by room basis at any time after the approval of the MCPS Project Officer. However the installation of cabling from outlets to the ceiling space of asbestos ceiling tile areas shall be performed under the MCPS asbestos removal contract or by the MCPS Division of Maintenance.

3.5 Minori!Y Business Enterprise in Public Schools

Minority business enterprises are encouraged to respond to this RFP. Refer to the document, Minmity Business Enterprise Procedures, August 28, 2001, included with this bid (Appendix A).

3.5.1 The vendor or suppliers who provide materials, supplies, equipment and/or service for this project shall attempt to achieve a minimum of 25% of the total dollar value with a minimum of 7% from certified African American-owned business, a minimum of 10% from certified women owned business and the balance from certified minodty business enteq)lises.

Page 5: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 5 RFI' #7142.3/LC

3.0 SCOPE OF WORK (cont.)

3.5.2 The vendor shall have perfonned their preliminary research to identify minority business participation prior to submitting their bid. The apparent low bidder shall submit minority business enterprise material and supporting data within five workdays after notification that the fitm is apparent low bidder. Failme to supply as specified will disqualify the bid proposal.

3.5.3 The awarded vendor shall be required to complete and submit to MCPS all necessary fom1s within the specified five work days after notification of award and assist MCPS in obtaining funding from the State of Maryland.

As State funding may be involved or is involved in this contract or vmious projects in this contract, the vendor shall attempt to meet the various categories, percentages of minority business participation by using minority businesses certified as such by the State of Maryland. A MCPS staff member will explain the MBE regulations and assist the vendor in completing the necessary forms, if needed.

3.5.4 The Certified Minority Business Enterprise Utilization and Fair Solicitation Affidavit (Attachment A) must be completed and submitted with the bid proposal on the individual projects. Failure to do so may result in disqualification of bid proposaL

4.0 PRIOR EXPERIENCE

The bidder shall provide a detailed desctiption of successful past performance on a minimum of three prior projects similar in size and scope involving 1 GHz, bidirectional, broadband coaxial cabling installations, headend equipment integration, and broadband video network design work. When describing its experience, the bidder shall identify projects that are similar in environment, scope, and size to those services to be provided under this contract. Bidders shall specify whether they were a ptime contractor or a subcontractor. The bidder shall provide the names and contact information for at least tlu·ee customers for the projects described.

5.0 CABLING INSTALLATION

The bidder shall provide evidence of its ability to pertOnn buildingwide cabling installations of0.540" and 0.625" coaxial ttunk cabling and RG-6 quad shield video drop cabling, Experience submitted shall be for tap and drop installations using commercial grade passive devices. Installations utilizing RG-11 coaxial cable as a trunk cable or installations where room outlets are run to taps located only in wiring closets are not acceptable to meet this requirement. The description shall include wiring closet installations, cabling types and routes and supporting electrical installations, if any.

5.1 Headcnd Equipment Integration

In addition to cabling, the bidder shall relate relevant experience involving headend equipment installation, signal balancing and complete integration with the building cabling system. Bidders may be asked to procure, install, balance, integrate and test a complete building-wide 1 GHz, bi directional broadband coaxial cable network.

Page 6: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 6 RFP #7142.3/LC

5.0 CABLING INSTALLATION (cont.)

5.2 Video Network Design

The bidder shall describe relevant experiences designing 1 GI-Iz, bi-directional, broadband coaxial cable networks utilizing tap and drop technology and 0.540" and .0625" trunk cabling.

5.3 Installation Capabilities

5.3.1 The bidder shall demonstrate its ability to perform cabling installation services for large single building school sites having between 50 and 280 bi-directional video outlets each. The bidder shall provide this evidence by relating past experiences on projects of similar size and scope or providing experience of staff to be made available for work under this contract. Key members of the installation/integration team shall be identified by name with a description of their qualifications and relevant experience, Key staff members shall include a project manager, a project foreman, installers, and an integration engineer.

5.3.2 The proposed project manager, project foreman and installers shall be direct employees of the bidding finn. Subcontracting these positions will not be pennitted without the written approval of MCPS. The project foreman shall be at the site at all times when work is being perfonned. The proposed integration engineer may be a direct employee of the bidding fim1 or may be a subcontractor, either an individual or a fim1. The person/firm proposed as the integration engineer shall be factory certified for BlonderTongue.

5.3.3 The bidder shall specify whether it can provide services during periods outside of normal business hours to include evenings and weekends. MCPS anticipates that work will usually occur during nmmal business hours. However, some projects, to be detennined on a case by case basis, may require the vendor to perform work other than during normal business hours.

5.3,4 The vendor may be asked to provide installation services for multiple school sites concun·ently. In its response, the bidder shall provide an estimate of the number of site installations it can support at one time. For reference, a typical high school averages 280 bi-directional video outlets, a typical middle school averages 115 bi directional video outlets and a typical elementary school averages 75 bi directional video outlets.

5.3.5 Since vendors may be tasked with headend equipment, signal balancing, and integration, there may be some electrical wiring required -within supporting areas such as wiring closets. Potential vendors shall demonstrate their ability to perform such work in confonnance with the National Electrical Code (NEC), Applicable Codes of Montgomery County, Maryland, Undenvtitcr's Laboratories, and the National Fire Protection Association, and to provide services of licensed electricians,

5.3.6 Bidders shall state the tenns and conditions under which a system level warranty would be provided to MCPS, given that tl1e contractor has full installation. integration, and test responsibility for the physical video network infrastructure and headend equipment. The warranty shall be for a two year period from the completion of installation, as accepted by the designated MCPS Project Officer.

Page 7: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 7 RFP #7142.3/LC

5.0 CABLING INSTALLATION (cont.)

5.3.7 For each project under this contract, MCPS recommends that the bidder examine the site and observe the conditions under which the work will be done and other circumstances which may affect the work piior to submitting its bid. No allowance shall be made for errors in omissions once the bid is submitted for failure to examine the site. Asbestos removal shall not be required of the awarded vendor and will only be performed under the MCPS asbestos removal contract or by the MCPS Division of Maintenance. A contact person for MCPS shall be provided upon award.

5.3.8 With each purchase order/delivery order issued under this contract, the vendor will be required to provide an Acceptance Test Plan (ATP). Once installation is complete, testing and acceptance, as appropriate will be accomplished in accordance with the ATP.

5.3.9 The bidder shall state in its response its agreement to participate in government funded E-rate projects and provided all required documentation and paperwork for such projects. 1l1e bidder shall also indicate ils E-rate SPIN number in its response.

6.0 SCHEDULE AND PROGRESS REPORTING

The bidder shall demonstrate its ability to schedule, track, and report progress dUiing the life of the contract. This capability may be demonstrated by the use of program management and scheduling tools, work progress algorithms, and/or milestone charts. The bidder shall provide a sample progress report that itemizes activities accomplished, activities planned and any problems that have occurred or are anticipated.

7.0 PERSONNEL QUALIFICATIONS

Bidders shall desciibe special qualifications of the finn's employees such as professional licenses, etc. Bidders are encouraged to provide detailed information with their bid proposal to show that the company and its employees can provide the services requested in these specifications.

8.0 FINANCIAL INFORMATION REQUIRED (Financial data will be held contidential if sorequested.)

Bidders shall provide the following information with its proposal:

8.1 Bidder's shall provide the company's most recent annual report and/or financial statement. If not a publicly held company, provide audited financial statements for the last three years.

8.2 Bidder's shall provide the names and telephone numbers of its organization's independent auditor and of banking references.

8.3 Bidder's shall provide the value of its organization's total assets.

8.4 Bidder's shall provide the value of its organization's total liabilities.

Page 8: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 8 RFP #7142.3/LC

8.0 FINANCIAL INFORMATION REQUIRED (cont.)

8.5 Bidder's shall provide the value of any judgments or liens outstanding against its organization.

8.6 Bidder's shall provide the contract value of the largest project it has solely accomplished.

8.7 Bidder's shall provide the contract value of the largest project accomplished in the last three years.

8.8 Bidder's shall provide the maximum value of a project it would prefer to undertake.

8.9 Bidder's shall provide the minimwn value of a project it would prefer to undertake.

9.0 GENERAL QUESTIONNAIRE

The following infonnation is required and shall be provided with the proposal:

9.1 Minority Status

9.2 Size of organization:

Number of office staff

Number of engineers and/or RCDD's

Number ofBICSI certified Technicians

Number of BICSI certified Level 1 and 2 Installers

9.3 Is any member of the bidder employed by the County or in any way officially connected with the local Govemment? If yes, explain.

9.4 Are there any cabling/integration projects the bidder has failed to complete? If yes, explain.

9.5 Has the bidder ever been named as a target in a criminal investigation conducted by the Maryland Attomey General, by the Attomey General of any other state or by any U.S. State Attorney? If yes, explain.

9.6 Has the bidder ever been indicted for bid rigging, collusion, or bribery? If yes, explain.

9.7 Has the bidder ever been a patty to criminal litigation regarding constn1ctionlinstallation methods? If yes, explain.

9.8 Has the bidder ever been a patty to civil litigation, including construction methods, pcrfonnance, delay claims, or administrative or other actions by civil authorities for building code violations? Jf yes, explain.

Page 9: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

flART A 9 RFP #7142.3/LC

9.0 GENERAL QUESTIONNAIRE (cont.)

9.9 Has the bidder ever been convicted ofbtibery, attempted bribery, or conspiring to bribe, under either state or federal law? If yes, explain.

9.10 Has the bidder ever been found liable in any civil proceeding under a state or federal anti-tn1st statute? If yes, explain.

9.11 Has the bidder ever been a pat1y to criminal litigation involving an alleged violation of minority business enterprise laws or ref,rulations? If yes, explain.

9.12 Has the bidder ever pled 11no contese' or entered a plea agreement m any ctiminal proceeding involving 3, 4, 5, 7, or 9 above? If yes, explain.

9.13 l-Ias the bidder ever been suspended or deban-ed. either pennanently or temporarily, from bidding on or contracting for federal, state, or local government projects? If yes, explain.

9.14 Are there any suspension or debarment proceedings presently pending against the bidder? If yes, explain.

10.0 BONDING CAPACITY

The following information is required and shall be provided with the bid proposal:

10.1 The bidder shall furnish evidence that it can meet the bonding tetms required of MCPS contractors including bid, performance, and material and labor bonds.

10.2 Qualified bidders shall be required (as pm1of any bid) to provide a Bid Bond from a surety company acceptable to MCPS and authorized to transact surety business in the State of Maryland. The amount of the Bid Bond shall be stated in the specification. Bidders shall demonstrate their ability to post this Bond upon delivery of future proposals.

10.3 Successful vendors awarded projects throughout the contract tetm shall be required to provide a Performance Bond in the amount of 100% of the contract price covering ± tithful perfonnance of the contract. Bidders shall demonstrate their capacity to post this bond. In addition, contractors shall state the maximum value of contract work for which they can obtain a bond.

10.4 Successful vendors awarded projects throughout the contract term shall be required to provide a Labor and Materials Bond in the amount of 100% of the contract price covering as security for the payment of all persons perfom1ing labor and f11rnishing materials in connection with the contract. Bidders shall demonstrate their capacity to present this bond.

Page 10: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 10 RFP #7142.3/LC

11.0 BONDING QUESTIONNAIRE

The following infonnation is required and shall be provided with the proposal:

11.1 Has any civil action been instituted against a performance of payment bond written by a surety on whom the bidder was named as principle? If yes, explain.

11.2 Has any claim for a mechanic's lien ever been filed on a project by any subcontractor having a contntctual relationship with the bidder? Or a claim by a subcontractor? If yes, explain.

11.3 Within the last two years, has any surety refused to furnish a perfonnance or payment bond on the bidder's behalf as principle? If yes, explain.

11.4 Within the last two years, has any surety reduced the bidder's bonding capacity for construction projects? If yes, explain.

11.5 Has any surety under any bond for which your organization was listed as a principal ever filed a claim against you or against any indemnities under such bond? If yes, explain.

11.6 Has any Owner ever tem1inated a contract with the bidder by reason of any default? If yes, explain.

11.7 Within the last two years, has any Owner of any project threatened to impose or imposed liquidated damages against the bidder? If yes, explain.

11.8 Within the last two years, has the bidder completed any projects where the date of substantial completion was more than 30 days after the contract completion date as determined by the contract and any change orders? If yes, explain.

11.9 Within the last two years, has the bidder completed any projects where the change orders exceeded5% of the contract price? If yes, explain.

11.10 Has any Owner or any other govemment entity tiled a claim against the bidder for damages for late completion, workmanship, or breach of warranty? If yes, explain.

11.11 Has any public body ever declined to award the bidder a bid on the basis of a finding that it was not a responsible bidder? If yes, explain.

12.0 CUSTOMER REFERENCES

Bidders are required to provide three references. The references shall have company name, contact person, address and phone number of three current customers for which a contract for projects of a similar size, environment and scope has been provided. If the reference infonnation is not accurate and MCPS cannot contact the person(s) named, the proposal may be considered non-responsive. Bidders may not name MCPS or any present or former employee ofMCPS as a customer reference.

Page 11: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A J1 RFP #7142.3/LC

13.0 DOLLAR VOLUME OF CONTRACT

The estimated budget amount for wiring of LAN's and fiber optic cabling services is anticipated to

$2,200,000. However, MCPS shall not be obligated to purchase any specific dollar amount. Projects in this request arc subject to change and purchases are dependent upon the requirements of MCPS and on budgetary limitations.

14.0 CONTRACT TERM

The tetm of prequalification under this contract shall be July 1, 2013 through September 30, 2014. However, the individual project contracts will vary in duration and will be indicated in each solicitation.

The contract may not begin until one day after approval by the Board of Education and will conclude as stated under the contract term. MCPS reserves the right to extend this contract at existing tcnns and conditions for up to four additional one-year tetms. Wlitten notice indicating MCPS' intention to pursue the extension of the contract will be issued to the successful vendors 90 days prior to the expiration of the original contract. The vendors shall have ten days from the date of notification to return the notice acknowledging their intent to accept or reject the extension. Once all responses are evaluated, MCPS staff may make a recommendation to the Board of Education to extend the contract or decide to issue a new proposal. If the contract is extended by the Board of Education a contract amendment will be issued.

15.0 FORMAT OF RESPONSE

Bidders shall respond to this RFP using the same sectional format and numbering sequence as this RFP, and provide an individual response to each paragraph. Vendors may request an electronic copy of the word document for Part A and Part B in order to complete their response. Please send your request via email to Laurie S [email protected]. Vendors shall include any and all statements and representations made within the proposal for the setviccs requested by MCPS. This includes, but is not limited to, the bidder's point-by-point response to this RFP. If a bidder responds only "Understand and comply", it is assumed that the bidder complies with MCPS's understanding of the requirement.

16.0 AWARDS FOR PREQUALIFICATION

This RFP is intended to prequalify multiple vendors deemed qualified by MCPS to provide telecommunications and network wiring installation and integration. Recommendations for prcqualification shall include the evaluation of the data submitted with the proposals. Bidders are advised to provide any and all information requested in this RFP, following the required format. MCPS may prequalify additional vendors from time to time throughout the contract ten11.

Consideration shall also be given to any previous performance for the Board of Education relative to quality of service, adherence to schedules, acceptable materials and installation practices, and with regard to the bidder's ability to perform should it be awarded the contract. However, the Board reserves the right to make awards according to the best interests of the Board of Education of Montgomery County, Maryland.

Page 12: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 12 Rl<P #7142.3/LC

16.0 AWARDS FOR PREQUALIFICATION (cont)

16.1 Vendor Additions

If deemed necessary, MCPS reserves the right to prequalify and add new vendors to this contract from time to time throughout the contract tenn. Vendors submitting the necessary infonnation and meeting the criteria as set forth in this RFP will be considered prequalified and added to the existing contract. Vendors approved as prequalified will be invited to bid and eligible to respond on individual contracts as they become available.

17.0 EVALUATION CRITERIA

Proposals will be evaluated based on the following criteria, which are not necessarily listed in order of importance. Therefore, bidders are encouraged to provide all necessary infonnation in their proposal to show proof of their qualifications in the following sections:

17.1 Vendors shall be qualified and hold the required licenses necessary to perform the work described.

17.2 Prior Experience

17.3 Cabling Installation Experience

17.3.1 Headend Equipment Integration

17.3.2 Video Network Design

17.3.3 Installation Capabilities

17.4 Schedule and Progress Reporting Capabilities

17.5 Personnel Qualifications

17.6 Financial Infonnation to Demonstrate Financial Stability

17.7 General Questionnaire

17.8 Bonding Capacity

17.9 Bonding Questionnaire

17.10 Customer References

17.11 Past Perfom1ance

18.0 AWARDS UNDER THE INDIVIDUAL PROJECTS

As the individual projects arise, prequalified vendors shall submit a proposal following the general conditions and specifications of each bid by the bid opening time and date indicated. If a vendor is not actively participating in the bid process for two consecutive solicitations, MCPS reserves the right

Page 13: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 13 RFI, #7142.3/LC

18.0 AWARDS UNDER THE INDIVIDUAL PROJECTS (cont.)

to assume that the vendor is not available to bid or interested in bidding, and may not necessmily send another bid. However, the vendor may request a copy of any open solicitation.

Responses shall be opened and it is anticipated to award the project within one week. It is the intention to award to the lowest responsive vendor meeting specifications, and giving consideration to any previous performance for the Board of Education as to quality of service, acceptable merchandise and with regard to the it's ability to perform and have the necessary resources fot the project.

18.1 Contact Information

Vendors shall provide cellular telephone numbers, Nextel telephone numbers, telephone numbers, fax numbers and Email address of the intended project managers who \Vill be assigned to perfonn work under the individual projects bid.

18.2 On-site Requirements

Vendors awarded under this contract and their subcontractors shall be required to check in daily at the facility's main office to receive identification badges that shall be worn while on the premises. These badges must be retumed to the office daily.

Use of any fonn of tobacco products, liquor and/or illegal drugs is not permitted in any MCPSbuildings or grounds.

The buildings are expected to be occupied while work is perfonned, therefore all work shali be scheduled to the mutual satisfaction of the school administration and the MCPS Project Officer to avoid conflicts with school activities.

Work area shall be kept free from debris as possible while performing onsite. The vendor and/or subcontractors shall remove all debris generated by the work from the premises dai1y, and after the installation.

It shall be the sole responsibility of the vendor and its subcontractors to safeguard their own materials, tools and/or equipment. MCPS shall not assume any responsibility for vandalism and/or theft of materials, tools and/or equipment.

18.3 Protection of Existing Facilities

Vcndors, and/or its employees/subcontractors shall take all necessary precautions during the period of service to protect MCPS property from damage. The vendor shall be responsible to repair or replace, at their own expense, any property damaged by work perfonned.

18.4 Late Charges/Procedure for Failure to Complete On Time

18.4.1 MCPS reserves the right to assess a late fee for each calendar day of delay beyond the specified completion date. This includes Saturdays, Stmdays, and legal holidays. Late charges shall be assessed at $200.00 per day for every day beyond the specified completion date.

18.4.2 Late charges may be deducted and retained out of any moneys due. MCPS may also require late charges be paid with a Certified or Treasurer's Check made payable to Montgomery County Board of

Page 14: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 14 RFP #7142.3/LC

18.0 AWARDS UNDER THE INDIVIDUAL PROJECTS (cont.)

Education. Method of payment will be detennined by MCPS. A letter shall be sent from the director of the Division of Procurement to the vendor indicating the total late charges and method of payment.

18.4.3 If work falls behind schedule, as detennined by the MCPS Project Officer, the vendor and its subcontractors, at their own expense, shall provide additional labor and/or equipment, overtime pay, etc., as required to overcome delays. This shall also include overtime pay for MCPS Building Service Personnel as required.

18.4.4 MCPS Project Officer will review requests for extension of completion time due to strikes, lack of materials and/or any other condition, over which the vendor has no control. Written application for extension shall be made immediately upon occurrence of conditions, that, in the opinion of the vendor requires such an extension, with reason clearly stated and detailed proof for each such delay. No time extension shall be allowed except by final written approval of the MCPS Project Officer or by the director of the Division of Procurement. No reqt1ests for extension due to weather conditions\Vill be considered unless accompanied by documentary evidence supplied by the Weather Bureau showing, by comparison, that such weather suffered is abnormal to any of the past five years as recorded by the Weather Bureau.

19.0 VENDOR OBLIGATION

Contractors' and sub-contractors' responsibility regarding registered sex offenders:

A new Maryland Law that became effective June 22, 2006, requires that any person who enters a contract with a county board of education or a non-public school "may not knowingly employ an individual to work at a school" if the individual is a registered sex offender. An employer who violates this requirement is guilty of a misdemeanor and if convicted may be subject to up to five years imp1isonment and/or a $5000 fine.

Each contractor shall screen their work-forces to ensure that a registered sex offender does not perfonn work at a county public school and also ensure that a subcontractor and independent contractor conducts screening of its personnel who may work at a school. The tetm "work-force" is intended to refer to all of the contractor's direct employees and subcontractors and/or independent contractors it used to perform the work. Violation of this provision may cause MCPS to take action against the contractor up to and including termination of the contract.

20.0 SCHEDULE OF EVENTS

RFP Issued Questions Due Response to vendors Proposals due Anticipated award date

Apri129, 20134:00p.m., May 8, 2013May 16,20133:00p.m., May 23,2013June 24, 2013

All dates are subJect to change at the discretion of MCPS. If changes are made, errata or addenda will be issued.

Page 15: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 15 RFP #7142.3/LC

21.0 PROPOSAL ACCEPTANCE

RESPONDENTS WILL BE NAMED PUBLICLY AT 3:00 P.M. MAY 23. 2013. Bidders are welcome to attend. All responses will be opened at that time; however, attendees shall not view the responses -the only information provided to attendees will be the names of the respondents. Responses will not be accepted after this opening date and exact time. Any response received or delivered after that time will not be considered for award and will be returned to the bidder. MCPS encourages bidders to use a guaranteed delivery tracking system if mailing the response.

22.0 MULTl-AGENCY PARTICIPATION

MCPS reserves the right to extend the tetms and conditions of this solicitation to any and all other agencies within the state of Maryland as well as any other federal, state, municipal, county, or local governmental agency under the jurisdiction of the United States and its tetTitories. This shall include but not be limited to private schools, parochial schools, non public schools such as chmier schools, special districts, intennediate units, non-profit agencies providing services on behalf of government, and/or state, community and/or plivate colleges/universities that required these goods, commodities and/or services. Use of this solicitation by other agencies may be dependent on special local/state requirements attached to and made a part of the solicitation at time of contracting. The supplier/Contractor agrees to notify the issuing agency of those entities that wish to use any contract resulting fi·om this bid and will also provide usage information, which may be requested. A copy of the contract pticing and the bid requirements incorporated in this contract will be supplied to requesting agencies. Each participating jl11isdiction or agency shall enter into its own contract with the Award Bidder(s) and this contract shall be binding only upon the principals signing such an agreement. Invoices shall be submitted "directly" to the ordering jurisdiction for each unit purchased. Disputes over the execution of any contract shall be the responsibility of the participating jurisdiction or agency that entered into that contract. Disputes must be resolved solely between the pmiicipating agency and the Award Bidder. MCPS assumes no authority, liability, or obligation on behalf of any other public or non-public entity that may use any contract resulting from this bid.

23.0 eMaryland Marketplace

As of June 1, 2008 Maryland law requires local and state agencies to post solicitations on cMaryland Marketplace. Registration with eMaryland Marketplace is free. It is recommended that interested suppliers register at www.eMarylandMarketplace.com, regardless of the award outcome for this procurement as it is a valuable resource for upcoming bid notifications tOr municipalities throughout Maryland.

24.0 ADDENDA/ERRATA

Changes and addenda to a solicitation may occur prior to the solicitation opening date and time. It is the sole responsibility of the vendor to check the "Event Calendar" on the MCPS website http://www.mcps.k12.rnd.us/depattments/procurement/ or contact Laurie Checco, CPPB, Buyer II in the Division of Procurement by telephone at (301) 279 3097 or by email at Laurie S [email protected] to verify whether addenda!en-ata have been issued. Failure to provide the signed acknowledgement of the addenda/errata may result in the bid being deemed non responslve.

Page 16: Web viewAny awards shall require a performance bond and labor and materials ... pled 11no contese' or ... an electronic copy of the word document for

PART A 16 RFP #7142.3/LC

25.0 INQUIRIES

Inquiries regarding this solicitation shall be submitted in writing, to Lamie Checco, CPPB, Buyer II, Montgomery County Public Schools, 45 W. Gude Drive, Suite 3100, Rockville, Maryland 20850,fax number (301) 279-3173. Questions must be received by 4:00pm on May 8, 2013 in order for thebidder to receive a reply prior to submitting its bid. The Board of Education will not be responsible for any oral or telephone explanation or interpretation. Vendor contact with any other MCPS employee regarding this solicitation until the contract is awarded by the Bomd of Education will be considered by MCPS as an attempt to obtain an unfair advantage and result in non-consideration of its bid. The MCPS Division of Procurement website address IS

http://ww w .mcps.k 12.md . us/departments/procurementJ